Opportunity

BSP-23-019 Provision of Courier Services for CCEA

  • Council for the Curriculum Examinations and Assessment

F02: Contract notice

Notice reference: 2024/S 000-003727

Published 5 February 2024, 3:26pm



Section one: Contracting authority

one.1) Name and addresses

Council for the Curriculum Examinations and Assessment

29 Clarendon Rd, Clarendon Dock

Belfast

BT1 3BG

Contact

Business.Procureeani.org.uk

Email

Business.Procure@eani.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BSP-23-019 Provision of Courier Services for CCEA

two.1.2) Main CPV code

  • 64120000 - Courier services

two.1.3) Type of contract

Services

two.1.4) Short description

The Northern Ireland Council for the Curriculum, Examinations and Assessment (the Client) advises the Education Minister on what is to be taught in Northern Ireland schools and on the examination and assessment arrangements for pupils. The Client also conducts pupil assessment at the end of Key Stages 1, 2 and 3. As well as the above, the Client ensures that the qualifications and examinations offered by awarding bodies in Northern Ireland are of an appropriate quality and standard. The Client has been responsible for providing Northern Ireland GCSE and GCE A/AS and its predecessor examinations since 1970. In excess of 650 examination papers are offered to candidates in a variety of subjects annually. The Client requires a competent Contractor for the provision of courier services.

two.1.5) Estimated total value

Value excluding VAT: £2,533,333.33

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 64100000 - Post and courier services
  • 64110000 - Postal services
  • 64113000 - Postal services related to parcels
  • 64000000 - Postal and telecommunications services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Council for the Curriculum, Examinations and Assessment (the Client) advises the Education Minister on what is to be taught in Northern Ireland schools and on the examination and assessment arrangements for pupils. The Client also conducts pupil assessment at the end of Key Stages 1, 2 and 3. As well as the above, the Client ensures that the qualifications and examinations offered by awarding bodies in Northern Ireland are of an appropriate quality and standard. The Client has been responsible for providing Northern Ireland GCSE and GCE A/AS and its predecessor examinations since 1970. In excess of 650 examination papers are offered to candidates in a variety of subjects annually. The Client requires a competent Contractor for the provision of courier services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,533,333.33

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial period of 3 years (with the option of a further 2 periods of a 12-month extension each)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2024

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 2 June 2024

four.2.7) Conditions for opening of tenders

Date

4 March 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The maximum expenditure by CCEA over the duration of the Contract (including extension periods) is up to £2,533,333.33, this is based on historical information and shall not be binding on CCEA. There is no guarantee that any orders will be placed in any quantity during the period of the Contract. The Contractor shall provide services, as and when required and on a call-off basis.

six.4) Procedures for review

six.4.1) Review body

The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom